Notice Information
Notice Title
UK2 - Provision of a Computer Aided Dispatch System for SBA emergency services in Cyprus.
Notice Description
Cyber & Specialist Operations Command (CSOC) Commercial Branch seeks a single supplier capable of delivering an online Computer Aided Dispatch (CAD) solution to integrate all emergency services operating within the Sovereign Base Areas (SBAs) on the island of Cyprus, including fire, police, ambulance, and customs & immigration. The service must be fully operational and effective for use within Cyprus, supporting the unique requirements of the SBAs. The CAD solutions must enable real-time coordination, communication and situational awareness for UK SBA emergency services. It should provide a unified platform for dispatch, tracking and communication across all blue light agencies, including SBA Customs & Immigration. FUNCTIONAL REQUIREMENTS The supplier must provide a solution that meets the following capabilities: 1. A unified dashboard that enables real-time tracking of internet-connected devices (e.g. smartphones and tablets) across all emergency services. The dashboard must identify which service assets are assigned to. 2. A mobile application compatible with Android and iOS, deployable across staff and mobile resources. The application must support communication, location tracking and operational commands. It should also enable audio communication and integrate with body-camera or video equipment to enhance functionality. 3. instant on-screen features, such as: - live video streaming from a caller's device without requiring an app download - location data such as GPS for missing persons - Secure management of media attachments via SMS - Real-time text chat with multi-language translation - Delivery of operational commands through messaging and through audio - Audio communication alongside body-camera or video support. 4. Simple onboarding and setup, including bulk user creation for all services and integration with Microsoft Azure Active Directory for Single Sign-On (SSO) 5. Training options for key users and administrators, delivered remotely or face-to-face/ 6. API integration through RESTful API for data exchange, analytics dashboards, and triggering CAD functionality. 7. Integration with drones and third-party devices, supporting RTMP streaming in up to 4K UHD quality, accessible via the CAD dashboard and mobile app. 8. Support and maintenance, providing at least remote assistance via telephone and email. NON-FUNCTIONAL REQUIREMENTS The supplier's solution must provide: 1. Secure cloud storage that will be hosted in the UK, with provision of a minimum capacity of 0.5 TB and three-way replication for data protection. 2. Full compliance with the Ministry of Defence (MOD) security standards and the GDPR. 3. High availability and built-in resilience to ensure continuity of critical operations, prevent data loss, and maintain service through multi-server connectivity. ADITIONAL DATA & SERVICE LIMITS The solution must include: 1. Provision for at least 250 high-priority SMS messages per month. 2. Support for one concurrent RTMP video stream per agency at any given time. 3. A minimum of 0.5 TB of secure, replicated cloud storage hosted in UK data centres. COMPLIANCE The solution must meet the following information security and data protection standards: 1. Adherence to Ministry of Defence (MOD) information assurance requirements and protective marking policies. 2. Full compliance with the General Data Protection Regulation (GDPR) for handling personal and sensitive data. 3. Certification or compliance with ISO 27001, the international standard for Information Security Management, covering data protection and risk management (or a demonstrably equivalent standard).
Planning Information
This notice has been published as one component of a market-testing exercise. The Authority is seeking responses from potential suppliers that hold the necessary capabilities to fulfil this requirement as descrbed in this notice. After reviewing the high-level statement of requirements described on this notice, if suppliers believe they can fulfil the requirements, this should be expressed in writing to the email address below: UKStratCom-Comrcl-BFC@mod.gov.uk Any enquiries relating to this requirement should be sent to the email address above.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05f61a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/083063-2025
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- UK2 - Preliminary Market Engagement Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
35711000 - Command, control, communication systems
48180000 - Medical software package
72212100 - Industry specific software development services
72260000 - Software-related services
72268000 - Software supply services
72317000 - Data storage services
Notice Value(s)
- Tender Value
- £135,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Dec 20252 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- 1 Mar 20266 days to go
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 31 Jan 2029 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planning
- Lots Status
- Planning
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Not specified
- Contact Email
- ukstratcom-comrcl-bfc@mod.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- EPISKOPI
- Postcode
- HA6 3HP
- Post Town
- Harrow
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH2 Bedfordshire and Hertfordshire
- Small Region (ITL 3)
- TLH27 South West Hertfordshire
- Delivery Location
- Not specified
-
- Local Authority
- Three Rivers
- Electoral Ward
- Moor Park & Eastbury
- Westminster Constituency
- South West Hertfordshire
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/083063-2025
15th December 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-05f61a-2025-12-15T17:03:42Z",
"date": "2025-12-15T17:03:42Z",
"ocid": "ocds-h6vhtk-05f61a",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PHVX-4316-ZVGZ",
"name": "Ministry of Defence",
"identifier": {
"scheme": "GB-PPON",
"id": "PHVX-4316-ZVGZ"
},
"address": {
"streetAddress": "HQ British Forces Cyprus, C Block, Episkopi Station BFPO 53",
"locality": "Episkopi",
"postalCode": "HA6 3HP",
"country": "CY",
"countryName": "Cyprus",
"region": "CY"
},
"contactPoint": {
"email": "UKStratCom-Comrcl-BFC@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.contracts.mod.uk",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PHVX-4316-ZVGZ",
"name": "Ministry of Defence"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "This notice has been published as one component of a market-testing exercise. The Authority is seeking responses from potential suppliers that hold the necessary capabilities to fulfil this requirement as descrbed in this notice. After reviewing the high-level statement of requirements described on this notice, if suppliers believe they can fulfil the requirements, this should be expressed in writing to the email address below: UKStratCom-Comrcl-BFC@mod.gov.uk Any enquiries relating to this requirement should be sent to the email address above.",
"dueDate": "2026-01-13T23:59:59+00:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "083063-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/083063-2025",
"datePublished": "2025-12-15T17:03:42Z",
"format": "text/html"
}
]
},
"tender": {
"id": "715735458",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "UK2 - Provision of a Computer Aided Dispatch System for SBA emergency services in Cyprus.",
"description": "Cyber & Specialist Operations Command (CSOC) Commercial Branch seeks a single supplier capable of delivering an online Computer Aided Dispatch (CAD) solution to integrate all emergency services operating within the Sovereign Base Areas (SBAs) on the island of Cyprus, including fire, police, ambulance, and customs & immigration. The service must be fully operational and effective for use within Cyprus, supporting the unique requirements of the SBAs. The CAD solutions must enable real-time coordination, communication and situational awareness for UK SBA emergency services. It should provide a unified platform for dispatch, tracking and communication across all blue light agencies, including SBA Customs & Immigration. FUNCTIONAL REQUIREMENTS The supplier must provide a solution that meets the following capabilities: 1. A unified dashboard that enables real-time tracking of internet-connected devices (e.g. smartphones and tablets) across all emergency services. The dashboard must identify which service assets are assigned to. 2. A mobile application compatible with Android and iOS, deployable across staff and mobile resources. The application must support communication, location tracking and operational commands. It should also enable audio communication and integrate with body-camera or video equipment to enhance functionality. 3. instant on-screen features, such as: - live video streaming from a caller's device without requiring an app download - location data such as GPS for missing persons - Secure management of media attachments via SMS - Real-time text chat with multi-language translation - Delivery of operational commands through messaging and through audio - Audio communication alongside body-camera or video support. 4. Simple onboarding and setup, including bulk user creation for all services and integration with Microsoft Azure Active Directory for Single Sign-On (SSO) 5. Training options for key users and administrators, delivered remotely or face-to-face/ 6. API integration through RESTful API for data exchange, analytics dashboards, and triggering CAD functionality. 7. Integration with drones and third-party devices, supporting RTMP streaming in up to 4K UHD quality, accessible via the CAD dashboard and mobile app. 8. Support and maintenance, providing at least remote assistance via telephone and email. NON-FUNCTIONAL REQUIREMENTS The supplier's solution must provide: 1. Secure cloud storage that will be hosted in the UK, with provision of a minimum capacity of 0.5 TB and three-way replication for data protection. 2. Full compliance with the Ministry of Defence (MOD) security standards and the GDPR. 3. High availability and built-in resilience to ensure continuity of critical operations, prevent data loss, and maintain service through multi-server connectivity. ADITIONAL DATA & SERVICE LIMITS The solution must include: 1. Provision for at least 250 high-priority SMS messages per month. 2. Support for one concurrent RTMP video stream per agency at any given time. 3. A minimum of 0.5 TB of secure, replicated cloud storage hosted in UK data centres. COMPLIANCE The solution must meet the following information security and data protection standards: 1. Adherence to Ministry of Defence (MOD) information assurance requirements and protective marking policies. 2. Full compliance with the General Data Protection Regulation (GDPR) for handling personal and sensitive data. 3. Certification or compliance with ISO 27001, the international standard for Information Security Management, covering data protection and risk management (or a demonstrably equivalent standard).",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72260000",
"description": "Software-related services"
},
{
"scheme": "CPV",
"id": "72212100",
"description": "Industry specific software development services"
},
{
"scheme": "CPV",
"id": "35711000",
"description": "Command, control, communication systems"
},
{
"scheme": "CPV",
"id": "48180000",
"description": "Medical software package"
},
{
"scheme": "CPV",
"id": "72317000",
"description": "Data storage services"
},
{
"scheme": "CPV",
"id": "72268000",
"description": "Software supply services"
}
],
"deliveryAddresses": [
{
"region": "CY",
"country": "CY",
"countryName": "Cyprus"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 162000,
"amount": 135000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-01-31T23:59:59+00:00",
"maxExtentDate": "2031-01-31T23:59:59+00:00"
},
"hasRenewal": true,
"status": "planning"
}
],
"communication": {
"futureNoticeDate": "2026-03-01T23:59:59+00:00"
},
"status": "planning"
},
"language": "en"
}